Skip to main content

An official website of the United States government

You have 2 new alerts

Synopsis of IQC for Bolt, Breech, CL21319001

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Dec 08, 2023 10:41 am EST
  • Original Published Date: Nov 28, 2023 09:43 am EST
  • Updated Response Date: Jan 10, 2024 11:59 pm EST
  • Original Response Date: Dec 12, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 25, 2024
  • Original Inactive Date: Dec 27, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1055 - LAUNCHERS, ROCKET AND PYROTECHNIC
  • NAICS Code:
    • 332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing
  • Place of Performance:

Description

This solicitation is being reopened to remove the 60/40 multiple award wording which does not apply to this type of procurement.

RESPONSE DATE:  Offers/Responses are due prior to the Closing Date and Time specified in BLOCK 9 on Page 1 of the Solicitation/Request for Proposal (RFP).

The solicitation will be available in DIBBS on or about its estimated issue date of 12/13/2023.

Solicitation is for a long-term Indefinite Quantity Contract (IQC) with 3 base contract years and 2 option years.

DESCRIPTION:

NSN: 1055014438386

Item Description: Bolt, Breech

Unit of Issue: EACH

Drawing Number: 12012073

THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH
     MUST MEET QPL/QML SPECIFICATIONS AS IDENTIFIED IN
     THE TECHNICAL DATA PACKAGE. (FAR CLAUSE 52.209-1)
     QUALIFICATION REQUIREMENTS IS APPLICABLE. THE
     AWARDEE SHALL PROVIDE QPL/QML COMPONENTS ONLY FROM
     SOURCES QUALIFIED ON THE APPLICABLE QPL(S)/QML(S).
     THE IDENTIFICATION OF ALL APPLICABLE QPL/QML SOURCES
     MUST BE SUBMITTED TO THE CONTRACTING OFFICER FOR
     EVALUATION PRIOR TO CONTRACT AWARD.

REFERENCE NUMBER RQ016

     RQ016: COMPONENT QUALIFIED PRODUCTS LISTS (QPL)/QUALIFIED MANUFACTURERS
     LISTS (QML).  THIS ITEM CONTAINS ONE OR MORE COMPONENTS DEFINED BY A
     SPECIFICATION(S) WITH AN ASSOCIATED QUALIFIED PRODUCTS LIST (QPL) OR
     QUALIFIED MANUFACTURERS LIST (QML).  QUALIFICATION REQUIREMENTS IN
     PROCUREMENT NOTE H02 "COMPONENT QUALIFIED PRODUCTS LIST (QPL)/QUALIFIED
     MANUFACTURERS LIST (QML)" APPLY.

CERTIFICATE OF CONFORMANCE IS NOT AUTHORIZED.    
CRITICAL APPLICATION ITEM

     IAW BASIC DRAWING NR 19200 12012073
     REVISION NR B   DTD 05/07/2008
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 19200 12579607
     REVISION NR C   DTD 08/04/2009
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 19200 3269526
     REVISION NR J   DTD 01/19/2021
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 19200 3269461
     REVISION NR V   DTD 02/08/2021
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 19200 5526206
     REVISION NR E   DTD 11/14/2013
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 19207 12479550
     REVISION NR C   DTD 05/17/2017
     PART PIECE NUMBER:

     IAW REFERENCE UNK DI-NDTI-80809B NOT 2
     REVISION NR B   DTD 12/11/2019
     PART PIECE NUMBER:

     IAW REFERENCE UNK QPL-3150-34 NOT 1
     REVISION NR 34  DTD 03/15/2007
     PART PIECE NUMBER:

     IAW REFERENCE UNK QPL-16173-84 NOT 1
     REVISION NR 84  DTD 10/29/2008
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 19200 12993884
     REVISION NR K   DTD 04/23/2020
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 10001 3269489
     REVISION NR M   DTD 05/07/2009
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 19200 12012073
     REVISION NR A   DTD 05/04/2009
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 19200 12012073
     REVISION NR B   DTD 05/07/2008
     PART PIECE NUMBER:

     IAW REFERENCE DRAWING NR 19200 12012073
     REVISION NR     DTD 08/09/2023
     PART PIECE NUMBER:     
THE ITEM BEING PROCURED IS A CRITICAL GUN PART
     ITEM WITH UNIQUE REQUIREMENTS.
CONTRACTOR FAT APPLIES.

Indefinite Quantities for Delivery Orders.  Estimated Annual Quantity is 111 each.

Destination Information: Various DLA Stock Locations

Delivery Schedule: 290 Days

All responsible sources may submit an offer/quote which shall be considered.

The proposed contract is 100% set-aside for small business concerns.

The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.      

     RQ032: EXPORT CONTROL OF TECHNICAL DATA

     This item has technical data some or all of which is subject to
     export-control of either the International Traffic in Arms regulations
     (ITAR) or the Export Administration Regulations (EAR), and cannot be
     exported without prior authorization from either the Department of State
     or the Department of Commerce. Export includes disclosure of technical
     data to foreign persons and nationals whether located in the United
     States or abroad. This requirement applies equally to foreign national
     employees and U.S. companies and their foreign subsidiaries. DFARS
     252.225-7048 is applicable to this data.

     The Defense Logistics Agency (DLA) limits distribution of export-control
     technical data to DLA contractors that have an approved US/Canada Joint
     Certification Program (JCP) certification, have completed the
     Introduction to Proper Handling of DOD Export-Controlled Technical Data
     Training and the DLA Export-Controlled Technical Data Questionnaire
     (both are available at the web address given below), and have been
     approved by the DLA controlling authority to access the
     export-controlled data. Instructions for obtaining access to the
     export-controlled data can be found at:
     https://www.dla.mil/Logistics-Operations/Enhanced-Validation/

     To be eligible for award, offerors and any sources of supply proposed
     for use are required to have an approved JCP certification and have
     been approved by the DLA controlling authority to access
     export-controlled data managed by DLA. DLA will not delay award in
     order for an offeror or its supplier to apply for and receive approval
     by the DLA controlling authority to access the export-controlled data.

Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software.    

Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257).

Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP.     

One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.    

Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.     

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.   

The Small Business size standard is 1,000 employees. 

Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date.
 
The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government.  The total duration (base plus option years) shall not exceed 5 years.  

While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. 

12/08/2023: This synopsis was updated to change the Offers Due Date.

Contact Information

Contracting Office Address

  • LAND SUPPLIER OPERATIONS SMSG PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA

Primary Point of Contact

Secondary Point of Contact





History